SOURCES SOUGHT
54 -- Expandable Storage Transport Unit
- Notice Date
- 11/1/2019
- Notice Type
- Sources Sought
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- Department of the Air Force, Air Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, Idaho, 83648-5258
- ZIP Code
- 83648-5258
- Solicitation Number
- FA489720Q0007
- Archive Date
- 11/30/2019
- Point of Contact
- Carmela Hornbeck, Phone: 2088286477, Matthew A. Henry, Phone: 2087286479
- E-Mail Address
-
carmela.hornbeck@us.af.mil, matthew.henry.18@us.af.mil
(carmela.hornbeck@us.af.mil, matthew.henry.18@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Request for Quotation (RFQ) number is FA489720Q0007 and shall be used to reference any written responses to this source sought. Mountain Home Air Force Base, Idaho anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed is 332311. The size standard for NAICS is 750 employees. The requirement is to provide: One (1) Expandable Storage Transport Unit. This Expandable Storage Transport Unit will need to be a self-contained workshop easily transported and rapidly operational. Salient Characteristics: DRAFT COPY • General Specifications o Dimensions must have USAF approved dimensions 108" L X 88" W X 92" H when stowed o Operational setup in <30 min o Can be transported by Air, Sea, Land and Rail • External Specifications o Expandable Unit for fast combat use  Frame must be made of metal while expandable portion can be of sturdy fabric/ canvas like material  Floor of expandable work section must have stabilizing system (floor leveling)  Minimum of 2 doors available (but complete access to workshop when opened guaranteed) o Must have pre-fitted compressed air fitting, internal and external o Sling Hook ups for possible helicopter transport o Roof must be accessible for sling lift use o Must have ability to wheel entire unit around when needed o Pallet Base Certified not to damage military aircraft roller system o 4 Way Forklift able o Lighting (External lighting and internal) o Electrical 110-120VAC with applicable circuit breakers for externally powered devices o 60 AMP Shore Power Cable o 60 AMP Slave Cable • Internal Specifications o Must have electrical power 110-120VAC o Air compressor, minimum 15-gallon o Generator must be able to run off of JP8/Diesel o 10 drawer tool storage cabinet o 2 x counter height tool storage units o Workbench top Include in your capabilities package your DUNS, Cage Code, and System for Award Management expiration date, and any related specifications/drawings. What is the purpose of the item? We are interested in any size business capable of meeting this requirement. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort. NOTE: RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER! Any responses involving teaming agreements should delineate between the work being accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision. Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov. Responses may be submitted electronically to the following e-mail address: carmela.hornbeck@us.af.mil and matthew.henry.18@us.af.mil. RESPONSES ARE DUE NO LATER THAN FRIDAY 15 NOVEMBER 2019 @ 2 PM MST. Future information about this acquisition, including issuance of a quotation and/or applicable amendments, will be issued through FedBizOpps. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/366CONS/FA489720Q0007/listing.html)
- Place of Performance
- Address: Mountain Home Air Force Base, Mountain Home, Idaho, 83648, United States
- Zip Code: 83648
- Zip Code: 83648
- Record
- SN05487577-W 20191103/191101230706-066b0bf30c15439959b83d300b8efa44 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |